00-003439BID Telecom Response, Inc. vs. Department Of Management Services
 Status: Closed
Recommended Order on Thursday, December 14, 2000.


View Dockets  
Summary: Bid protest award of telecommunication equipment contract to second lowest bidder. Lowest bidder, by percentage discount, found non-responsive. Bid awarded to sole responsive bidder single bid negotiated."

1STATE OF FLORIDA

4DIVISION OF ADMINISTRATIVE HEARINGS

8TELECOM RESPONSE, INC., )

12)

13Petitioner, )

15)

16vs. ) Case No. 00-3439BID

21)

22DEPARTMENT OF MANAGEMENT )

26SERVICES, )

28)

29Respondent. )

31__________________________________)

32RECOMMENDED ORDER

34Notice was given and on September 11, 2000 and September 19-

4520, 2000, a final hearing was held in this case. Authority for

57conducting the hearing is set forth in Sections 120.569 and

67120.57(1)(3), Florida Statutes. The hearing location was the

75Division of Administrative Hearings, the DeSoto Building,

821230 Apalachee Parkway, Tallahassee, Florida. The hearing was

90conducted by Charles A. Stampelos, Administrative Law Judge.

98APPEARANCES

99For Petitioner: F. Alan Cummings, Esquire

105Daniel Te Young, Esquire

109Cummings & Snyder, P.A.

1131004 DeSoto Park Drive

117P.O. Box 589

120Tallahassee, Florida 32302-0589

123For Respondent: Terry A. Stepp, Esquire

129Department of Management Services

1334050 Esplanade Way, Suite 260

138Tallahassee, Florida 32399-0950

141STATEMENT OF THE ISSUES

145Whether the Department of Management Services' (Department)

152intent to award the contract pursuant to Invitation to Bid (ITB),

163Bid Number 33-840-980-E, to Frebon International Corporation,

170(FREBON), the second low bidder by price discount, and to reject

181the bid offered by Telecom Response, Inc. (TELECOM or TRI), the

192low bidder by price discount, was contrary to the Department's

202governing statutes, rules, policies, or the ITB? Further, whether

211the Department's proposed action was clearly erroneous, contrary

219to competition, arbitrary, or capricious? See Section 120.57(3),

227Florida Statutes.

229PRELIMINARY STATEMENT

231TRI and FREBON and other vendors submitted responses to the

241ITB. When the Department determined to disqualify TRI from

250participation in the bid process, TRI opposed that decision by

260filing a notice of protest followed by a formal written protest.

271The parties were unable to resolve the protest by mutual

281agreement. See Section 120.57(3)(d)1., Florida Statutes. As a

289consequence, the case was forwarded to the Division of

298Administrative Hearings for conduct of a final hearing in

307accordance with Section 120.57(1), Florida Statutes, to resolve

315disputed issues of material fact. See Section 120.57(3)(d)3.,

323Florida Statutes.

325After the protest was filed by TRI, and unbeknown to TRI at

337the time, the Department re-reviewed the bids submitted by FREBON,

347Global Communications Technologies, Inc. (GLOBAL), and Digital

354Video Systems a Division of NuPhase Electronics, Inc. ( DIGITAL )--

365the other vendors proposing to offer Tandberg Inc.'s (Tandberg)

374video teleconferencing systems and equipment. On August 1, 2000,

383the Department posted a second bid tabulation sheet. The

392Department rejected DIGITAL 's bid because DIGITAL supplied

400multiple discounts within the same Tandberg product line.

408Material here, the GLOBAL and DIGITAL bids were rejected because

418they did not supply the complete, unaltered manufacturer's

426(Tandberg) list price sheet with the bids. This was the same

437reason given by the Department for initially rejecting TRI's bid.

447The Department again noticed an intent to award the contract

457to FREBON for the Tandberg line of video teleconferencing systems

467and equipment.

469On or about September 7, 2000, TRI filed a Motion for Leave

481to Supplement the Formal Written Protest and represented that it

491was unaware of the Department's second posting. TRI requested to

501present evidence regarding the Department's re-review of the bids

510and the second posting.

514On the first day of the final hearing, after hearing argument

525of counsel, TRI's Motion was granted to the extent that TRI was

537permitted to offer evidence regarding the facts and circumstances

546surrounding the second posting because the parties disputed

554whether the second posting was related to the first posting.

564There was no formal challenge to the second posting pursuant to

575Section 120.57(3)(b), Florida Statutes.

579At hearing, TRI presented the testimony of Mr. Kris Brown,

589Mr. Chuck Williams, Ms. Charlotte Brock, and Mr. Bobby Hinson.

599TRI's Exhibits 1-6, 8-11, 13-14, 16-18, and 20-21, including the

609deposition transcripts of Mr. Hinson, Mr. H. P. "Buddy" Barker

619Jr., and Mr. Richard Grace, were admitted. TRI Exhibit 19 was

630rejected. The Department's objections made during the depositions

638were overruled. The Department presented the testimony of Mr.

647Hinson, Mr. Barker, Mr. Steve Welsh, and Mr. Kenneth Gay. The

658Department's Exhibits 1-5 were admitted.

663The hearing Transcript was filed on October 26, 2000. After

673requesting an eight-day extension of time, the parties timely

682submitted proposed recommended orders which have been considered

690in preparing this Recommended Order.

695FINDINGS OF FACT

698The ITB

7001. During the spring of this year, the Department developed

710an ITB for video teleconferencing equipment and video bridging

719equipment for all State of Florida agencies and other eligible

729users. Department staff developed the specifications for the

737ITB. The ITB was a revision of the existing contract held by

749TRI, which expired on August 20, 2000, rather than a new

760contract. During the ITB/specifications review process, a new

768condition was added to require vendors to give a percentage

778discount from a list price to aid users in getting more choices

790and complete systems.

7932. On May 9, 2000, the Department advertised ITB 33-840-

803980-E actively soliciting bids. The bid title refers to

" 812videoteleconferencing equipment." Vendors were notified that

818bids would be opened on June 14, 2000, at 2:00 p.m. and that the

832bid tabulations would be posted on July 20, 2000.

8413. The ITB contains two (2) pages of general conditions

851which are used in most if not all Department ITB solicitations.

862The ITB also contains special conditions which, among other

871things, provide for the "purpose" and "scope" of the bid.

8814. "The purpose of this bid is to establish a 12-month

892contract for the purchase of Video Teleconferencing Equipment &

901Video Bridging Equipment by all State of Florida agencies and

911other eligible users in accordance with the Eligible Users

920paragraph, General Conditions." (emphasis added).

9255. Under the "scope" section, the Department provided:

933The objective of this Invitation To Bid (ITB)

941is to establish a contract for the purchase,

949installation and a maintenance of video

955teleconferencing systems and bridging

959equipment. The prospective bidder must offer

965the complete line of videoconferencing

970products and/or video bridge products to

976configure desktop and/or room

980videoconferencing systems, for each

984manufacturer bid. In addition the bidder

990must provide replacement parts as needed for

997repairs. In accommodating the specific

1002agencies needs for auxiliary hardware

1007necessary to make the videoconferencing

1012equipment and video bridges operationally

1017complete, the bidder must also provide and

1024support the Optional Bid Items as shown in

1032the Price Sheets section of this bid. (bold

1040emphasis in original).

1043This section requires the bidder to offer the complete line of a

1055manufacturer's products to configure desktop and/or room

1062videoconferencing systems for each manufacturer bid, and to

1070further provide optional equipment by brand name, which could

1079include more than one manufacturer.

10846. The "prices" section of the ITB also states:

1093[p] rices shall be submitted in the form of a

1103percentage(%) discount off manufacturer's

1107current published price list. Only a single

1114discount may be offered for each category.

1121List Prices & percentage discount will remain

1128firm for the entire contract period.

1134Discounted prices shall be firm net delivered

1141price to ordering agency. A copy of the

1149Manufacturer's unaltered list price sheet as

1155originally published, in general distribution

1160and in effect on the date of bid opening must

1170be submitted with the bid. Failure to

1177include this with bid package will result in

1185rejection of bid. (bold emphasis in

1191original).

11927. The "evaluation/award" special condition provides:

"1198Award shall be by manufacturer's products , based on the highest

1208discount given from the manufacturer's list price sheet for each

1218item , on a multiple award basis. If the same manufacturer's

1228brand is bid by more than one bidder, only the bid with the

1241highest discount percentage shall be considered for an award.

1250All other provisions of Awards Paragraph, General Conditions,

1258shall prevail." (emphasis added). Compare with Findings of Fact

126712.

12688. The Department also provided several specific

1275specifications for video teleconferencing equipment. Subsection

12811.1 provides that the specifications were specifically written

1289for two (2) categories of equipment: "(1) Videoconferencing

1297Systems (includes Set-top, Desktop & Room Systems) (2) Video

1306Bridging Systems." There were two types of commodities listed,

1315i.e. videoconferencing equipment and video bridging equipment,

1322types 1 and 2, respectively. Vendors, including TRI, understood

1331that they could bid on either type or both at their choosing.

13439. The Department offered detailed specifications for the

1351videoconferencing systems, category one. Specification 3.1.1

1357deals with "completeness of systems" and provides for room, set-

1367top, and desktop systems. No other systems are discussed in the

1378ITB. "A typical room system would include the codec, monitor(s),

1388rollabout cart, and control unit." "A typical set-top system

1397would include an integrated codec/camera unit; an external

1405microphone pickup, and a control unit." A desktop system would

"1415minimally include the PC codec card, a desktop video camera, a

1426microphone/headset, and all associated cables for network

1433connections & required peripherals." The remaining

1439specifications, Sections 3.1.2 through 3.1.12.8, provide

1445additional requirements for the room, set-top and desktop

1453systems.

145410. Specification 3.3 provides for "optional bid items"

1462which

1463are provided for the convenience and benefit

1470of the contract users as well as the awarded

1479vendors. The optional bid items allow the

1486purchaser a 'one-stop' procurement mechanism,

1491as well as facilitating the ability of a

1499contractor to provide a 'complete system' for

1506the purchaser. It is incumbent on the

1513purchaser to 'shop' the contract and purchase

1520products that meet their needs at the lowest

1528net delivered costs. The optional bid items

1535shall never exceed the manufacturer's

1540suggested list price ( MSRP). Vendors must

1547list all options to the contract that are to

1556be offered as indicated on the attached bid

1564sheets. The list must describe the item

1571brand name/manufacturer, model number, and

1576the net prices (see optional bid items price

1584sheets).

158511. These "optional bid items" are products, which are not

1595subject to the discount referred to in the "prices" or

"1605evaluation/award" sections of the ITB.

161012. The ITB contains a price sheet for "videoconferencing

1619systems" which, among other things, requires the vendor to

1628provide the manufacturer's name bid, brand name bid, and the

1638discount to be used with the manufacturer's price list. The

1648price sheet has a "note" which provided: " Percentage discount

1657applies to the entire manufacturer's line of videoconferencing

1665equipment ." (emphasis added).

166913. Immediately following the price sheet, the Department

1677provided the vendor with a sheet to be used for "optional bid

1689items" which required an item description, brand name, model

1698number, and net price to be filled in by the vendor. The ITB

1711does not require the vendor to apply the discount to the optional

1723items.

172414. The ITB also contains a "manufacturer's certificate."

1732A "special condition" provided: "A ll bids submitted, must include

1742a certification executed by the manufacturer, stating that the

1751bidder is an authorized dealer/representative of the

1758manufacturer. Manufacturers must complete this form even if they

1767own their own equipment. Dealer agreements shall not be accepted

1777in lieu of manufacturer certification. Bids requiring

1784manufacturer certification will not be considered if

1791certification is not submitted with the bid." (bold emphasis in

1801original). The certificate provided a "NOTE" which stated:

" 1809THIS MUST BE EXECUTED BY THE MANUFACTURER.

1816DEALERS/REPRESENTATIVES ARE NOT AUTHORIZED TO SIGN THE

1823CERTIFICATION FORM ON BEHALF OF THE MANUFACTURER. THIS

1831CERTIFICATION MUST BE EXECUTED BY THE MANUFACTURER EVEN IF THEY

1841ARE BIDDING THEIR OWN EQUIPMENT. FAILURE TO SUBMIT THIS

1850CERTIFICATION WITH YOUR BID SHALL RESULT IN DISQUALIFICATION OF

1859BID. " The manufacturer certifies that the vendor is authorized

1868to represent the manufacturer in the State of Florida.

187715. TRI did not believe the ITB, including the

1886specifications and conditions, were unreasonable. There was no

1894challenge to the ITB.

1898TRI Inquiry

190016. On May 31, 2000, at the request of Mr. Brown of TRI,

1913Ms. Brock of TRI, asked Mr. Hinson whether bidders were required

1924to submit a bid response for categories one and two, mentioned

1935above. Mr. Hinson advised her that a vendor could bid on either

1947category.

194817. On June 12, 2000, and less than ten (10) days before

1960the bid opening, Ms. Brock asked Mr. Hinson to clarify whether

1971the Department was asking for a single or multiple discount, as

1982to the set-top, desktop, and room teleconferencing systems.

1990However, the general conditions of the ITB, paragraph 7,

1999interpretations/deputes, provides that "[a] ny questions

2005concerning conditions and specifications shall be directed in

2013writing to this office for receipt no later than ten (10) days

2025prior to the bid opening." This letter was untimely submitted

2035pursuant to paragraph 7.

2039The Department's Interpretation of the ITB

204518. Mr. Steve Welsh is an engineer. He received a Bachelor

2056of Science degree in electrical engineering and a Master of

2066Science degree in civil engineering. He has been employed by the

2077Department's state technology office two and one-half years. He

2086is not an expert in videoconferencing systems and this ITB was

2097his first exposure to video teleconferencing systems.

210419. Mr. Hinson has been a purchasing specialist with the

2114Department for more than five (5) years. He currently

2123administers twelve (12) to thirteen (13) state contracts

2131including the State's existing video teleconferencing contract

2138with TRI.

214020. Mr. Welsh drafted the technical specifications for the

2149videoconferencing equipment or systems in the ITB, including

2157pages eleven (11) through seventeen (17), excluding Section 3.3,

2166Optional Bid Items, which were prepared by Mr. Hinson. Mr. Welsh

2177also drafted pages nineteen (19)(price sheet) and twenty

2185(20)(optional bid items), with Mr. Hinson. Pages twenty-one (21)

2194through twenty-seven (27) are standard forms.

220021. Set-tops, desktops, and room systems are three (3)

2209generic types of videoconferencing systems. The definitions of

2217these systems were general. Mr. Welsh was unaware of any

2227industry standard regarding desktop, set-top, and room systems.

2235The specifications required each vendor to offer a complete line

2245of the manufacturer's videoconferencing equipment and systems,

2252which might be included under these categories. The Department

2261intended that the percentage discount apply to the complete

2270manufacturer's line of videoconferencing equipment. Conversely,

2276a vendor's offer of a manufacturer's partial line of equipment

2286under "optional bid items" would be inconsistent with the

2295objective of the "scope" section of the ITB.

230322. In general terms, Mr. Welsh knew that state agencies

2313have differing needs for videoconferencing equipment and systems

2321to communicate more effectively. However, he was able to give

2331only one example; he knew that community colleges were looking

2341for videoconferencing equipment for distance learning-type needs.

2348Nevertheless, it was important for each vendor to offer a

2358manufacturer's pre-configured or packaged systems, or configured

2365systems from components and prices as the customer needed, or

2375both.

237623. The ITB was not written to specifically address health

2386care systems. Mr. Welsh did not consider certain industry

2395specialties, such as education and health care systems, when he

2405drafted the specifications, and there are no specifications

2413expressly relating to videoconferencing products for use in

2421educational or health care settings nor any mention of education

2431or health care systems. However, it was his intent to draft

2442flexible and wide-open specifications, so there may have been

2451several types of industry specialties that he did not consider.

246124. The eligible users of this contract include any state,

2471city, or county government, community and state universities,

2479private colleges and universities, and any federal agency located

2488within the State of Florida.

249325. The Department intended to award one contract with

2502multiple manufacturers. The vendor could bid either category of

2511equipment. The contract would be awarded to the vendor giving

2521the highest discount for a particular manufacturer's products

2529within each category.

253226. If a vendor did not offer a complete line of the

2544manufacturer's products, the vendor could offer a greater

2552discount and achieve a competitive advantage over other vendors

2561who may have provided a more complete list. It was important to

2573the Department to be able to compare each vendor's manufacturer's

2583price list and then apply the vendor's discount in order to

2594appropriately compare their bids. The Department was unable to

2603compare TRI's bid because it submitted a discount for only one

2614(1) page of Tandberg products versus the twenty-two (22) pages of

2625discounted products offered by FREBON.

263027. Mr. Hinson explained that Tandberg's complete

2637manufacturer's list price must consist of all items offered by

2647Tandberg. However, Mr. Hinson did not know of the complete line

2658of Tandberg video teleconferencing equipment and/or bridging

2665equipment.

266628. The Department interprets the word "includes," which

2674appears on TRI Exhibit 1, page 11, paragraph 1.1(1) of the

2685specifications, to mean that desktop, set-top, and room systems

2694could be included as part of a manufacturer's product line.

2704However, it was not meant to be exclusive.

271229. The Department asserts that TRI's bid was non-

2721responsive because TRI did not submit a complete, unaltered price

2731list for all of Tandberg's video telecommunication products at a

2741discount. TRI would have been awarded the contract for the

2751Tandberg products if the bid had been responsive.

275930. On the other hand, the Department contends that

2768FREBON's bid, containing approximately twenty-two (22) pages

2775seemed complete and appeared to have included a complete line of

2786Tandberg products. But, like TRI, GLOBAL's bid containing eight

2795(8) pages, and DIGITAL's bid containing twelve (12) pages of

2805discounted Tandberg products, were likewise non-responsive for

2812being incomplete.

281431. TRI's one-page price list would not have been complete,

2824in the Department's view, even if TRI had submitted a complete

2835line of Tandberg products in the options portion of TRI's bid

2846because TRI did not offer the discount for the options.

285632. Mr. Buddy Barker explained that a minor irregularity is

2866a deviation from a specification which does not affect price and

2877does not give one vendor a competitive advantage over another.

2887He did not consider TRI's omission of other Tandberg's products

2897to be a minor irregularity.

2902The Tandberg Products

290533. There appears to be a major distinction between

2914Tandberg videoconferencing systems, such as desktops, set-tops,

2921and room systems, and Tandberg special "Application" products,

2929such as health care and education products, in both appearance

2939and functionality.

294134. Mr. Richard Grace is an Executive Vice President

2950employed by the Applications Group at Tandberg, Inc.

295835. The term "Applications" within Tandberg, Inc. refers to

2967market segments within their business. In this case,

"2975Applications" pertains to distance education and health care

2983products.

298436. During his deposition, admitted over objection as TRI

2993Exhibit 18, Mr. Grace reviewed several documents, which were

3002identified as DMS 0001, DMS 0006-0027, DMS 0029, and a memorandum

3013dated June 9, 2000. These DMS numbered documents appear in TRI

3024Exhibit 5. The DMS labeled documents were submitted with

3033FREBON's bid.

303537. DMS 0006-0027 is the price list for the "Business

3045Solutions" products manufactured by Tandberg, as well as the

3054maintenance costs for various products, and also include the

3063Tandberg health care and education products. These documents

3071include the entire product lines price list for Tandberg's

"3080Business Solutions" and "Applications" products.

308538. DMS 0006 is the first page from FREBON's bid and lists

3097the "systems" products from Tandberg's "vision products price

3105list." Tandberg's "vision products" are considered Tandberg

"3112Business Solution" products, i.e ., standard CODEC's or what

3121Tandberg refers to as "off-the-shelf roll- abouts or set-top

3130boxes." Off the shelf products are standard video conferencing

3139systems that Tandberg designs and sells. They are also called

3149roll- abouts, set-tops, and CODEC's.

315439. According to Mr. Grace, the Department's ITB asked

3163vendors to offer to bid, material here, Tandberg's "Business

3172Solutions" systems products. Mr. Grace said that Tandberg

"3180education" and "health care" products would be considered room

3189systems, but "the nature of the bid was looking for a more

3201traditional answer of roll- abouts, which are administrative-type

3209devises," and the "roll- abouts" are the systems referenced on TRI

3220Exhibit 5, DMS 0006 and 0007, above the line, "Tandberg

3230Educator," which were offered by TRI and FREBON.

323840. The products listed on TRI Exhibit 5, DMS 0006 to DMS

32500007, above the notation "Tandberg Educator," are the

3258videoconferencing systems manufactured and sold by Tandberg and,

3266from a systems standpoint , are all of the "Business Solutions"

3276products sold by Tandberg. The "systems" listed on these pages,

3286(TRI Exhibit 5, DMS 0006 and the top of DMS 0007), include the

3299only desktop, set-top, and room systems manufactured by Tandberg.

3308Except for the omission of three (3) portable products listed in

3319TRI Exhibit 5, DMS 0006 and 0007, of the FREBON bid, TRI's

3331Tandberg "vision product price list" contained the same "systems"

3340products as in FREBON's bid. (TRI Exhibit 2, BID 0033). The

3351portables listed in FREBON's bid at DMS 0007, are not desktop,

3362set-top, or room systems.

336641. TRI Exhibit 5, DMS 0007 through DMS 0013, lists

3376accessories and optional items that can be attached to

3385videoconferencing systems. DMS 0014 through DMS 0017, appear to

3394be the maintenance pricing for the "Business Solution" products.

3403DMS 0018 and 0019 refer to the "Application" products for

3413Tandberg. DMS 0020 through DMS 0023 refer to the maintenance and

3424service prices for the "Application"-based products, such as

3433education systems, tutor products, and health care systems.

3441Currently, Tandberg only focuses on the education and health care

3451systems as part of its "Application" products. DMS 0024 through

3461DMS 0027 are fees for the installation and on-site support for

3472the Tandberg system throughout the world.

347842. Tandberg only manufactures the products listed on TRI

3487Exhibit 5, DMS 0006-0027. However, Tandberg sells, but does not

3497manufacture, other products such as "accord bridges," which are

3506not included on these DMS pages.

3512The Bids

3514TRI

351543. TRI has been selling Tandberg video teleconferencing

3523systems since February of 1998. TRI currently has the contract

3533with the State of Florida for video teleconferencing equipment.

354244. TRI submitted a pricing sheet for videoconferencing

3550systems and, in part, proposed to offer a 29.4 percent discount

3561for "Tandberg Vision Business Solution Systems," the brand name

3570for the bid. The discount applied to the "systems" products

3580listed in the one-page, April 1, 2000, Tandberg price list.

359045. TRI's one-page price list, (TRI Exhibit 2, BID 0033),

3600is the same as the first page of FREBON's Tandberg price list.

3612(TRI Exhibit 5, DMS 0006). However, the second page of FREBON's

3623price list (TRI Exhibit 5, DMS 0007), includes three (3) portable

3634products which were included with the FREBON bid, but not

3644included in the TRI bid. TRI felt that portables were not

3655desktop, set-top, or room systems. Further, the products listed

3664on TRI Exhibit 5, DMS pages 0007 (after the "portables" section)

3675through DMS 0027, included by FREBON, were not included by TRI

3686because they are not desktop, set-top, or room systems.

369546. TRI defines video teleconferencing systems to include

3703only desktop, set-top, and room systems. Also, the terms

3712videoconferencing systems and equipment are used interchangeably.

3719Accordingly, TRI, consistent with its understanding of the

3727Department's ITB, submitted a one-page price list for Tandberg

3736desktop, set-top, and room system products.

374247. Having reviewed the ITB, TRI thought the Department, in

3752requesting bids for video teleconferencing systems, was

3759requesting a manufacturer's, here Tandberg's desktop, set-top,

3766and room "systems" products only, and not the manufacturers, here

3776Tandberg's, special "Application" products.

378048. TRI also offered a price list for optional items, which

3791were accessories that could be attached and used as part of a

3803system, with brand names including, but not limited, to

3812Panasonic, Tandberg, and ELMO. TRI also provided a price

3821schedule, 4.1.00, Exhibit A, which provided net prices for

3830described systems, portables, CODEC's, for example. TRI's 29.4

3838percent discount does not apply to these items.

3846FREBON, GLOBAL , and DIGITAL

385049. Three other vendors submitted bids offering discounts

3858for the Tandberg line of video teleconferencing equipment.

3866FREBON offered a 22.3 percent discount off Tandberg's price list

3876consisting of twenty-two (22) pages of Tandberg products. Page

3885one of FREBON's submission (TRI Exhibit 5, DMS 0006), provides

3895the same information set forth in TRI's one (1) page price list,

3907Exhibit B (TRI Exhibit 2, BID 0033). The remaining pages (TRI

3918Exhibit 5, DMS 0007-DMS 00027), were not provided by TRI.

392850. GLOBAL offered a 21 percent discount off of Tandberg's

3938price list for eight (8) pages of Tandberg products. (TRI

3948Exhibit 5, DMS 0031-0038). DMS 0031-0032 provide the same

3957information as TRI's price list, although GLOBAL adds three (3)

3967products under the heading "portables," which are omitted from

3976the TRI price sheet.

398051. DIGITAL also submitted a bid for video teleconferencing

3989equipment offering the Tandberg line of products. However,

3997DIGITAL offered multiple discounts. DIGITAL provided twelve (12)

4005pages of Tandberg products.

4009The Initial Bid Tabulation Posting

401452. On July 20, 2000, the Department posted the initial bid

4025tabulation form for the video teleconferencing equipment. TRI

4033received a copy of the bid tabulation.

404053. DIGITAL'S bid was deemed non-responsive because DIGITAL

4048offered multiple discounts within the same product line, whereas

4057the bid called for a single discount. The Department accepted

4067the GLOBAL and FREBON bids. The Department rejected TRI's bid

4077with a discount of 29.4 percent because TRI did not supply, at a

4090discount, the complete, unaltered manufacturer's (Tandberg) price

4097list with the bid offering all of the videoconferencing equipment

4107and products manufactured by Tandberg, i.e ., the twenty-two (22)

4117pages offered by FREBON. This was the sole reason given by the

4129Department for finding TRI's bid to be non-responsive. TRI's bid

4139complied with all the other technical requirements required of

4148the ITB.

415054. TRI filed a timely notice of protest, followed by a

4161formal petition, challenging the Department's intended action to

4169award the bid the FREBON and finding TRI's bid non-responsive.

4179The Second Bid Tabulation Posting

418455. Unknown to TRI, on August 1, 2000, the Department

4194posted a second bid tabulation involving the same bid and the

4205same vendors. During the interval between the first and the

4215second postings, the Department re-reviewed the bids. In the

4224second posting, the Department again noticed its intent to award

4234the contract to FREBON as an " SBN" i.e. , "single bid negotiated,"

4245having determined that FREBON was the only responsive bidder.

4254This was the only factor considered by the Department. In fact,

4265the Department acknowledged that the products were available from

4274multiple sources. Also, this bid was not an "exceptional

4283purchase."

428456. Aside from the reference to "single bid negotiated" in

4294the second tabulation, there is no written explanation for the

4304Department's decision. See Section 287.057(4), Florida Statutes

4311(". . . The agency shall document the reasons that such action

4324[negotiate if less than two responsive bids are received] is in

4335the best interest of the state in lieu of resoliciting

4345competitive sealed bids. . . ."); Florida Administrative Code

4355Rule 60A-1.002(5)(requiring, in part, the agency to document the

4364conditions and circumstances when less than two (2) responsive

4373bids are received).

437657. The Department changed its mind about the

4384responsiveness of the GLOBAL bid and found GLOBAL's bid to be

4395non-responsive on the ground that GLOBAL did not supply the

4405complete manufacturer's price sheet with the bid. Mr. Hinson

4414said that DIGITAL's bid was rejected on the same ground, although

4425there is no documentation to support this testimony.

443358. The Department did not furnish TRI with a copy of the

4445second posting nor notify TRI of the posting because the

4455Department felt, pursuant to an unwritten policy, that TRI was

4465not adversely affected by the decision, because the Department

4474previously found TRI's bid non-responsive. FREBON and GLOBAL

4482were notified of the second posting pursuant to the same policy.

4493Resolution of the Conflict Between TRI and the Department

450259. It is undisputed that FREBON offered a discount for the

4513entire product line price list for all of the "Business

4523Solutions" and "Applications" products manufactured by Tandberg.

4530The price lists include, among other products, Tandberg health

4539care and education products. Conversely, TRI offered a discount

4548based on a complete, unaltered price list for all of the

4559videoconferencing systems manufactured by Tandberg, and, from a

4567systems standpoint, all of the "Business Solutions" products sold

4576by Tandberg. Specifically, TRI offered a discount for all of the

4587desktop, set-top, and room systems manufactured by Tandberg.

459560. The resolution of this matter is not without some

4605difficulty. We have heard from only one (1) vendor, TRI. All of

4617the vendors offered different discounts for various products

4625manufactured by Tandberg and no two vendors furnished the same

4635Tandberg price list for the same products, although there was

4645some overlap among the vendors. Yet no one, including TRI and

4656the Department, suggests that the ITB was ambiguous or not

4666clearly understood. Nonetheless, the ITB is not a model of

4676clarity and, on this record, the ITB did not convey the intent of

4689the Department expressed during the hearing.

469561. Notwithstanding the Department's expression of intent

4702articulated during the final hearing, a plain reading of the

4712entire ITB leads to several conflicting conclusions. The stated

4721material objective of the ITB is to establish a contract for the

4733purchase, installation, and maintenance of video teleconferencing

4740systems, not video teleconferencing equipment, although the bid

4748title says otherwise, and the purpose of the bid is to establish

4760a contract for the purchase of video teleconferencing equipment.

4769Another objective required each vendor to offer the complete line

4779of videoconferencing products to configure desktop and/or room

4787videoconferencing systems.

478962. Further, each vendor was required to offer a percentage

4799discount for the entire Tandberg line of videoconferencing

4807equipment. Stated differently within the ITB, the award is made

4817by manufacturer's products, based on the highest discount given

4826from the manufacturer's list price sheet for each item. But

4836which item?

483863. The terms "videoconferencing systems" and

"4844videoconferencing equipment" are used interchangeably in the

4851ITB. The specifications were written specifically for two (2)

4860categories of equipment, material here, videoconferencing

4866systems, which include, set-top, desktop, and room systems, the

4875only "systems" discussed within the four (4) corners of the ITB.

4886The "systems" products offered by TRI, for a discount, are the

4897only desktop, set-top, and room systems manufactured by Tandberg,

4906and, from a systems standpoint, are the only videoconferencing

4915systems that Tandberg manufactures. Thus, it follows that TRI

4924provided the Department with a discount for the complete,

4933unaltered list price sheet for these Tandberg products.

494164. While a decision to award the contract to TRI is

4952contrary to the Department's intent expressed in the final

4961hearing through its representatives, it is consistent with the

4970ITB.

4971The Manufacturer's Certificate

497465. A special condition of the ITB required each bidder to

4985furnish a manufacturer's certificate, which certifies that a

4993bidder is authorized to sell the manufacturer's equipment in the

5003State of Florida.

500666. Mr. Hinson was advised by Mr. Grace of Tandberg that as

5018of June 14, 2000, FREBON was authorized to sell and service

5029Tandberg "Application" products, i.e. , Tandberg's health care and

5037education series products, only to the federal government in the

5047State of Florida, and not to state governments, including the

5057State of Florida. However, the Department accepted FREBON's

5065certificate based solely on the representations made by Tandberg

5074regarding FREBON's authorization.

507767. The Department feels it is unnecessary to investigate

5086the veracity of a manufacturer's certificate because the

5094Department can pursue a remedy against the vendor, here FREBON,

5104if the vendor is not authorized after the contract is awarded.

511568. When he signed the manufacturer's certificates for the

5124three (3) vendors, including FREBON, Mr. Grace meant the vendors

5134were authorized resellers of Tandberg's products.

514069. Mr. Grace sent a memorandum of June 9, 2000, to any

5152vendor who sent him the State of Florida's manufacturer's

5161certificate for signature authorizing them to participate in the

5170bid. Mr. Grace explained in his memorandum and during

5179deposition, that authorization to act as an "Applications" dealer

5188did not allow the vendor to sell "Business Solutions" products

5198and vice-versa. For example, FREBON was limited to selling the

5208Tandberg "Business Solution" products to the State of Florida and

5218could not sell the Tandberg health care and intern products or

5229education and tutor products to the State of Florida.

523870. Tandberg is in the process of discussing with FREBON

5248to expand their capabilities of selling the "Application"

5256products. Mr. Grace would discuss additional authorization with

5264any vendor who wins the bid.

527071. Mr. Grace received and signed manufacturer's

5277certificates for TRI, FREBON, and DIGITAL, because they were

"5286authorized resellers of Tandberg's product that was being asked

5295for in the statement of the work," i.e. , for the "Business

5306Solution" products that, in his judgment, the Department was

5315requesting in the bid, and he "would sign them again under that"

5327premise.

532872. TRI and DIGITAL are authorized to sell Tandberg's

"5337Business Solution" and "Applications" products to the State of

5346Florida.

5347CONCLUSIONS OF LAW

535073. The Division of Administrative Hearings has

5357jurisdiction over the subject matter of this proceeding and of

5367the parties thereto pursuant to Sections 120.569, 120.57(1), and

5376120.57(3), Florida Statutes.

537974. In addition to the provisions set forth in the ITB that

5391are described in the Findings of Fact, certain statutes and rules

5402are relevant in examining the proposed agency action by the

5412Department.

541375. The Legislature provided its intent regarding the

5421procurement of goods and services by state agencies in Section

5431287.001, Florida Statutes, as follows:

5436The Legislature recognizes that fair and open

5443competition is a basic tenet of public

5450procurement; that such competition reduces

5455the appearance and opportunity for favoritism

5461and inspires public confidence that contracts

5467are awarded equitably and economically; and

5473that documentation of the acts taken and

5480effective monitoring mechanisms are important

5485means of curbing any improprieties and

5491establishing public confidence in the process

5497by which commodities and contractual services

5503are procured. It is essential to the

5510effective and ethical procurement of

5515commodities and contractual services that

5520there be a system of uniform procedures to be

5529utilized by state agencies in managing and

5536procuring commodities and contractual

5540services; that detailed justification of

5545agency decisions in the procurement of

5551commodities and contractual services be

5556maintained; and that adherence by the agency

5563and the contractor to specific ethical

5569considerations be required.

557276. Section 287.012, Florida Statutes, provides definitions

5579in reference to competitive bidding. "'Competitive sealed

5586proposals' refers to the receipt of two or more sealed bids or

5598proposals submitted by responsive and qualified bidders or

5606offerors." Section 287.012 (5), Florida Statutes. "'Qualified

5613bidder,' 'responsible bidder,' 'qualified offeror,' or

5622'responsible offeror' means a person who has the capability in

5632all respects to perform fully the contract requirements and has

5642the integrity and reliability which will assure good faith

5651performance." Section 287.012 (13), Florida Statutes.

"5657'Responsive bid' or 'responsive proposal' means a bid or

5666proposal submitted by a responsive, and responsible or qualified,

5675bidder or offeror which conforms in all material respects to the

5686invitation to bid or request for proposals." Section 287.012

5695(16), Florida Statutes. "'Responsive bidder' or 'responsive

5702offeror' means a person who has submitted a bid or proposal which

5714conforms in all material respects to the invitation to bid or

5725request for proposal." Section 287.012 (17), Florida Statutes.

573377. The Department, in exercising its contracting

5740authority, "reserve[s] the right to reject any or all bids or

5751negotiations or proposals. . . ." Florida Administrative Code

5760Rule 60A-1.002 (9). The Department also "reserve[s] the right to

5770waive any minor irregularities in an otherwise valid bid or

5780proposal or offer to negotiate. Variations which are not minor

5790cannot be waived." Florida Administrative Code Rule 60A-1.002

5798(10). A "minor irregularity" is "[a] variation from the

5807invitation to bid or invitation to negotiate or request for

5817proposal terms and conditions which do not affect the price of

5828the commodities or services, or give the bidder or offeror an

5839advantage or benefit not enjoyed by other bidders or offerors,

5849and does not adversely impact the interests of the agency."

5859Florida Administrative Code Rule 60A-1.002 (17) (emphasis added).

5867See also Harry Pepper & Associates, Inc. v. City of Cape Coral ,

5879352 So. 2d 1190, 1193 (Fla. 2d DCA 1977).

588878. Section 120.57(3)(f) provides in pertinent part:

5895In a competitive procurement protest, other

5901than a rejection of all bids, the

5908administrative law judge shall conduct a de

5915novo proceeding to determine whether the

5921agency's proposed action is contrary to the

5928agency's governing statutes, the agency's

5933rules or policies, or to the bid

5940specifications. The standard of proof for

5946such proceedings shall be whether the

5952proposed agency action was clearly erroneous,

5958contrary to competition, arbitrary, or

5963capricious. . . .

596779. "A capricious action is one taken without thought or

5977reason or irrationally. An arbitrary decision is one not

5986supported by facts or logic." Agrico Chemical Co. v. Department

5996of Environmental Regulation , 365 So. 2d 759, 763 (Fla. 1st DCA

60071978). The inquiry to be made in determining whether an agency

6018has acted in an arbitrary or capricious manner involves

6027consideration of "whether the agency: (1) has considered all

6036relevant factors; (2) has given actual, good faith consideration

6045to those factors; and (3) has used reason rather than whim to

6057progress from consideration of these factors to its final

6066decision." Adam Smith Enterprises v. Department of Environmental

6074Regulation , 553 So. 2d 1260, 1273 (Fla. 1st DCA 1989).

608480. Because TRI has challenged the Department's decision to

6093award the contract at issue herein to FREBON, it has the burden

6105of proving "a ground for invalidating the award." State

6114Contracting and Engineering Corp. v. Department of

6121Transportation , 709 So. 2d 607, 609 (Fla. 1st DCA 1998); Section

6132120.57(3)(f), Florida Statutes ("Unless otherwise provided by

6140statute, the burden of proof shall rest with the party protesting

6151the proposed agency action."). Because there is no statute

6161providing otherwise, the Findings of Fact in this proceeding

"6170shall be based upon a preponderance of the evidence." Section

6180120.57(1)(h), Florida Statutes.

618381. TRI, the lowest bidder (by percentage discount) on the

6193bid, filed a bid protest pursuant to Section 120.57(3)(f),

6202Florida Statutes, challenging the Department's decision to award

6210the contract to the second lowest and responsive bidder (by

6220percentage discount), FREBON.

622382. In this case, the Department decided that TRI's

6232proposal should be rejected as non-responsive, i.e. , TRI's bid

6241did not include a discount for the complete, unaltered price list

6252of Tandberg's complete line of video teleconferencing product

6260equipment/systems. The Department accepted FREBON's bid as the

6268only responsive bidder, and as a "single bid negotiated."

627783. Although the Department may reject a proposal deemed

6286non-responsive, it may not, consistent with Section 120.57(3)(f),

6294exercise this discretion in an arbitrary or capricious manner, in

6304a manner that is clearly erroneous, or in a manner that is

6316contrary to competition, or in manner that is contrary to the

6327Department's statutes, rules, policies, or the bid

6334specifications. The same standard applies given the Department's

6342decision to award the contract to FREBON.

634984. Based on the Findings of Fact, TRI has proven by a

6361preponderance of the evidence that the Department's decision to

6370award the contract to FREBON, and not to TRI, is contrary to the

6383ITB and statutory and rule requirements for responsive and

6392qualified bidders.

639485. Notwithstanding the Department's expression of intent

6401articulated during the final hearing, a plain reading of the

6411entire ITB leads to the conclusion that each vendor was required

6422to offer a percentage discount for the entire Tandberg line of

6433videoconferencing equipment, or the Tandberg manufactured

6439videoconferencing systems, which include only the desk top, set-

6448top, and room systems. These are the only "systems" discussed

6458within the four (4) corners of the ITB.

646686. The "systems" products offered by TRI, for a discount,

6476are the only desktop, set-top, and room systems manufactured by

6486Tandberg. Thus, it follows that TRI provided the Department with

6496the complete, unaltered list price sheet for these Tandberg

6505products. TRI's bid was responsive to the ITB and should have

6516been accepted. The Department's decision to reject TRI's bid is

6526contrary to the ITB and is clearly erroneous.

653487. Further, the ITB required each vendor to submit a

6544certification executed by the manufacturer, "stating that the

6552bidder is an authorized dealer/representative of the

6559manufacturer." FREBON submitted a certificate signed by Mr.

6567Grace of Tandberg attesting to FREBON's authorization to

6575represent Tandberg in the State of Florida. However, as of

6585June 14, 2000, the bid submission date, FREBON was authorized to

6596sell Tandberg "Application" products, i.e., Tandberg's health

6603care and education products, solely to the federal government in

6613the State of Florida, not to the State of Florida.

662388. The Department emphatically says that the ITB required

6632FREBON to offer the Tandberg products to the State of Florida, if

6644awarded the contract, and the evidence indicates that Tandberg is

6654amenable to considering authorizing FREBON to sell additional

6662products to the State of Florida. The Department's

6670interpretation of the ITB is not unreasonable. FREBON submitted

6679the required manufacturer's certificate and complied with letter

6687of the ITB.

669089. Finally, after the initial bid tabulation posting, the

6699Department re-reviewed the bids and ultimately concluded that

6707FREBON should be awarded the contract as a "single bid

6717negotiated." The Department did not document its decision to

6726award FREBON the contract as required by Section 287.057(4),

6735Florida Statutes, and Department rules, i.e. , the Department did

6744not "document the reasons that such action is in the best

6755interest of the state in lieu of resoliciting competitive sealed

6765bids. . . ."

676990. The Department did not afford notice to TRI of the

6780second posting. Although the Department initially rejected TRI's

6788bid, TRI was nonetheless adversely affected by this decision.

6797TRI's protest was pending at the time and FREBON's bid in

6808question.

680991. The re-review process, and second posting, was a

6818continuation of the Department's initial decision. The

6825Department was required to give TRI notice of a clear point of

6837entry to challenge this decision.

684292. The facts and circumstances of the re-review and second

6852posting are relevant and material to the disposition of this case

6863because the process involved a review of the same bids and

6874vendors. No additional facts were considered. Resolution of

6882this issue in this case is necessary because it bears on the

6894Department's ultimate decision whether to award the contract to

6903FREBON. The Department's second posting and decision to award

6912the contract to FREBON as a "single bid negotiated" is contrary

6923to law and clearly erroneous, and should be rejected.

6932RECOMMENDATION

6933Based on the foregoing Findings of Fact and Conclusions of

6943Law, it is

6946RECOMMENDED that the Department of Management Services enter

6954a final order and award the contract to TRI because TRI offered

6966the lowest discount for the required Tandberg products. If the

6976Department declines to award the contract to TRI, it is further

6987recommended that the Department re-bid the contract because an

6996award to FREBON cannot be justified as a "single bid negotiated."

7007DONE AND ENTERED this 14th day of December, 2000, in

7017Tallahassee, Leon County, Florida.

7021___________________________________

7022CHARLES A. STAMPELOS

7025Administrative Law Judge

7028Division of Administrative Hearings

7032The DeSoto Building

70351230 Apalachee Parkway

7038Tallahassee, Florida 32399-3060

7041(850) 488-9675 SUNCOM 278-9675

7045Fax Filing (850) 921-6847

7049www.doah.state.fl.us

7050Filed with the Clerk of the

7056Division of Administrative Hearings

7060this 14th day of December, 2000.

7066COPIES FURNISHED:

7068F. Alan Cummings, Esquire

7072Daniel Te Young, Esquire

7076Cummings & Thomas, P.A.

70801004 DeSoto Park Drive

7084Post Office Box 589

7088Tallahassee, Florida 32302-0589

7091Terry A. Stepp, Esquire

7095Department of Management Services

70994050 Esplanade Way, Suite 260

7104Tallahassee, Florida 32399-0950

7107Cynthia Henderson, Secretary

7110Department of Management Services

71144050 Esplanade Way

7117Tallahassee, Florida 32399-0950

7120Bruce Hoffmann, General Counsel

7124Department of Management Services

71284050 Esplanade Way

7131Tallahassee, Florida 32399-0950

7134NOTICE OF RIGHT TO SUBMIT EXCEPTIONS

7140All parties have the right to submit written exceptions within

7150ten (10) days from the date of this Recommended Order. Any

7161exceptions to this Recommended Order should be filed with the

7171agency that will issue the Final Order in this case.

Select the PDF icon to view the document.
PDF
Date
Proceedings
Date: 01/18/2001
Proceedings: Final Order filed.
PDF:
Date: 01/16/2001
Proceedings: Agency Final Order
PDF:
Date: 12/14/2000
Proceedings: Recommended Order
PDF:
Date: 12/14/2000
Proceedings: Recommended Order cover letter identifying hearing record referred to the Agency sent out.
PDF:
Date: 12/14/2000
Proceedings: Recommended Order issued (hearing held September 11, 19-20, 2000) CASE CLOSED.
PDF:
Date: 11/14/2000
Proceedings: Order issued (Parties shall file proposed recommended orders by Novemer 14, 2000).
PDF:
Date: 11/14/2000
Proceedings: Respondent`s Proposed Recommended Order filed.
PDF:
Date: 11/14/2000
Proceedings: Recommended Order filed by Petitioner.
PDF:
Date: 11/13/2000
Proceedings: Petitioner`s Unopposed Motion for Extension of Time to File Proposed Recommended Orders filed.
PDF:
Date: 11/02/2000
Proceedings: Order issued. (parties shall file their proposed recommended orders by November 13, 2000).
PDF:
Date: 11/01/2000
Proceedings: Petitioner`s Unopposed Motion for Extension of Time to File Proposed Recommended Orders filed.
PDF:
Date: 10/26/2000
Proceedings: Notice of Filing Transcript filed.
Date: 10/26/2000
Proceedings: Transcript (Volume 1 through 4) filed.
PDF:
Date: 09/26/2000
Proceedings: Order on Objection to Admissibility of Depositions Offered in Evidence issued.
Date: 09/19/2000
Proceedings: CASE STATUS: Hearing Held; see case file for applicable time frames.
PDF:
Date: 09/13/2000
Proceedings: Ltr. to Judge C. Stampelos from D. Young In re: continuation of hearing (filed via facsimile).
Date: 09/11/2000
Proceedings: CASE STATUS: Hearing Partially Held; continued to September 19, 2000 at 10:00 a.m. in Tallahassee. 09/19/2000)
PDF:
Date: 09/08/2000
Proceedings: Petitioner`s Notice of Cancellation of Telephonic Depositions filed.
PDF:
Date: 09/07/2000
Proceedings: Petitioner`s Motion for Leave to Supplement the Formal Written Protest filed.
PDF:
Date: 09/07/2000
Proceedings: Petitioner`s Supplemental Response to Respondent`s First Set of Interrogatories to Petitioner filed.
PDF:
Date: 09/07/2000
Proceedings: Petitioner`s Supplemental Response to Respondent`s Request for Production filed.
PDF:
Date: 09/06/2000
Proceedings: Notice of Taking Telephone Deposition of C. Brown (filed via facsimile).
PDF:
Date: 09/06/2000
Proceedings: Order on Motions to Compel and to Quash issued.
PDF:
Date: 09/06/2000
Proceedings: Notice of Taking Telephone Deposition of C. Williams (filed via facsimile).
PDF:
Date: 09/05/2000
Proceedings: Petitioner`s Notice of Taking Telephonic Deposition of R. Grace filed.
PDF:
Date: 09/05/2000
Proceedings: Petitioner`s Amended Notice of Taking Telephone Deposition of R. Grace filed.
PDF:
Date: 09/05/2000
Proceedings: Motion to Compel (filed by T. Steep via facsimile).
PDF:
Date: 09/05/2000
Proceedings: Petitioner`s Emergency Motion to Compel, and for Sanctions filed.
PDF:
Date: 09/01/2000
Proceedings: Respondent`s Motion to Quash Petitioner`s Notice of Taking Deposition (filed via facsimile).
PDF:
Date: 09/01/2000
Proceedings: Respondent`s Answers to Petitioner`s First Set of Expert Interrogatories (filed via facsimile).
PDF:
Date: 09/01/2000
Proceedings: Petitioner`s Notice of Taking Telephonic Deposition of P. Balon, C. Bowden filed.
PDF:
Date: 08/31/2000
Proceedings: Notice of Service of Petitioner`s Response to Respondent`s First Set of Interrogatories to Petitioner filed.
PDF:
Date: 08/31/2000
Proceedings: Petitioner`s Response and Objections to Respondent`s Request for Production filed.
PDF:
Date: 08/31/2000
Proceedings: Petitioner`s Notice of Taking Depositions and Corporate Deposition Duces Tecum filed.
PDF:
Date: 08/31/2000
Proceedings: Respondent`s Response to Petitioner`s Second Request for Production (filed via facsimile).
PDF:
Date: 08/30/2000
Proceedings: Respondent`s Response to Petitioner`s First Request for Production (filed via facsimile).
PDF:
Date: 08/30/2000
Proceedings: Respondent`s Objections to Petitioner`s First Request for Production (filed via facsimile).
PDF:
Date: 08/30/2000
Proceedings: Petitioner`s Second Request for Production filed.
PDF:
Date: 08/30/2000
Proceedings: Notice of Service of Petitioner`s First Set of Expert Interrogatories to Respondent filed.
PDF:
Date: 08/30/2000
Proceedings: Notice of Service of Petitioner`s First Set of Interrogatories to Respondent filed.
Date: 08/30/2000
Proceedings: Ltr. to Judge J. Johnston from T. Stepp In re: hearing date filed.
PDF:
Date: 08/29/2000
Proceedings: Discovery Order issued.
PDF:
Date: 08/29/2000
Proceedings: Order Granting Continuance and Re-scheduling Hearing issued (hearing set for September 11, 2000; 9:00 a.m.; Tallahassee, FL).
PDF:
Date: 08/29/2000
Proceedings: Petitioner`s First Request for Production filed.
PDF:
Date: 08/29/2000
Proceedings: Ltr. to Judge J. Johnston from T. Stepp In re: hearing date (filed via facsimile).
PDF:
Date: 08/25/2000
Proceedings: Respondent`s Response in Opposition to Petitioner`s Request for Continuance (filed via facsimile).
PDF:
Date: 08/25/2000
Proceedings: Petitioner`s Motion for Continuance filed.
PDF:
Date: 08/23/2000
Proceedings: DMS Motion to Expedite Discovery filed.
PDF:
Date: 08/23/2000
Proceedings: Motion for Order Approving/Authorizing Telephone Depositions filed.
PDF:
Date: 08/23/2000
Proceedings: Respondent`s Request for Production filed.
PDF:
Date: 08/23/2000
Proceedings: Notice of Service of Respondent`s First Set of Interrogatories to Petitioner filed.
Date: 08/16/2000
Proceedings: Formal Written Protest (filed via facsimile).
PDF:
Date: 08/16/2000
Proceedings: Notice of Hearing issued. (hearing set for August 31, 2000; 9:00 a.m.; Tallahassee, Fl).
PDF:
Date: 08/16/2000
Proceedings: Notification of Proceeding (Respondent) filed.
PDF:
Date: 08/14/2000
Proceedings: Formal Written Protest (filed via facsimile).
PDF:
Date: 08/14/2000
Proceedings: Agency Referral (filed via facsimile).

Case Information

Judge:
CHARLES A. STAMPELOS
Date Filed:
08/14/2000
Date Assignment:
09/07/2000
Last Docket Entry:
01/18/2001
Location:
Tallahassee, Florida
District:
Northern
Agency:
ADOPTED IN TOTO
Suffix:
BID
 

Related DOAH Cases(s) (1):

Related Florida Statute(s) (5):

Related Florida Rule(s) (1):